Home
Tender Document - Oil India Limited
Contents
1. The above tubing is to be placed in a suitably designed skid mounted tubing reel assembly The reel assembly is to be mounted on a steel sub frame which shall in turn be mounted on the Truck chassis Reel Assembly shall be an individual structure and required to be mounted directly on the chassis not in platform on the chassis The reel assembly sub frame shall have an integral sump with an arrangement for drain plug for cleaning or eliminating spills and pollutants The structure of tubing reel assembly shall be suitably equipped with a ladder for carrying out maintenance job The Tubing Reel assembly shall be equipped with suitable reel swivel Hydraulic mechanism in order to facilitate provision for alignment of CT reel with well head The reel assembly shall have the following features 2 2 1 DRIVE The system shall be suitably designed for hydraulic motor drive through gear reducer and Roller chain amp sprocket system such that the system keeps a holding tension on the drum at all times regardless of direction of travel or injector speed 2 2 2 LEVEL WIND Hydraulically operated level wind assembly for automatic tubing spooling in orderly manner with remote control shall be provided A suitable tubing clamp mechanism shall be equipped to hold the tubing safely during maintenance operation of tubing drive system 2 2 3 ROTARY JOINT Suitably designed Rotary joint complete with valves and necessary fittings for working pressure of 10
2. 02 Sets 5 Gear Shifter Hoses 02 Nos C TRANSFER CASE if any amp POWER TAKE OFF PTO 1 Oil Filter Element if any 04 Nos 2 Mounting 02 Sets 3 Oil Seal 02 Nos 4 PTO actuator Seal Kit 05 Sets D FRONT AXLE 1 Wheel Stud with Nuts 30 Nos 15 nos for each front axle 2 Axle Stud with Nuts 10 Nos for powered axle 3 Wheel Hub Oil Seal 02 Sets 15 4 Wheel Hub Bearing 01 Set set comprising of items for one wheel E REAR AXLE 1 Wheel Stud with Nuts 30 Nos 2 Axle Stud with Nuts 20 Nos 3 Wheel Hub Oil Seal 02 Sets 4 Wheel Hub Bearing 02 Sets 5 Differential Oil Seal 02 Sets 6 Differential Filter Element if any 02 Nos set comprising of items for one wheel differential F DRIVELINE Propeller Shaft 1 UJ Cross Spider amp Bearing 01 Set set comprising of different UJ crosses complete for both front amp rear drivelines G STEERING 1 Steering Oil Filter Element 02 Nos 2 Steering Pump Repair Kit 01 Set 3 Steering Box Cylinder Repair Kit 03 Sets 4 Tie Rod End for both sides 02 Nos H BRAKE amp PNEUMATICS 1 Foot Brake Valve Repair Kit 03 Sets 2 Servo diaphragm for Front Wheel 04 Nos 3 Servo diaphragm for Rear Wheel Servo 08 Nos 4 Air Dryer Filter Element 08 Nos 5 Repair Kit for all Pneumatic Valves 01 Set each set comprising of items for one servo I ELECTRICAL 1 Eng
3. 4 Whether offered firm prices Yes No 5 Whether quoted offer validity of 180 days from the date of closing of tender Yes No 6 Whether quoted a firm delivery period Yes No 7 Whether agreed to the NIT Warranty clause Yes No 8 Whether confirmed acceptance of tender Payment Terms Yes No 9 Whether confirmed to submit PBG as asked for in NIT Yes No 10 Whether agreed to submit PBG within 30 days of placement of order Yes No 11 Whether Price submitted as per Price Schedule refer Para 12 0 of BRC Yes No 12 Whether confirmed that you would be able to supply all the requisite spares and consumables Yes No including bought out items for a minimum period of 10 ten years from the Certified date of completion successful field commissioning of the unit 13 Whether quoted as per tender without any deviations Yes No 14 Whether quoted any deviation Yes No 15 Whether deviation separately highlighted Yes No 16 Whether indicated the country of origin for the items quoted Yes No 17 Whether technical literature catalogue enclosed Yes No 18 Whether weight amp volume of items offered indicated Yes No 19 For Foreign Bidders Whether offered FOB FCA port of despatch including sea air worthy packing Yes No amp forwarding 20 For Foreign Bidders Whether port of shipment indicated To specify Yes No 21 For Foreign Bidders only Whether indicated ocean freight up to Kolkata port Excluding marine Yes No insurance 22 Whether Indian Agent
4. G Sales Tax H Total FOR Despatching station price E F G I Road Transportation charges to Duliajan of 02 Nos CTUs J Insurance Charges 0 5 of Total FOR Despatching Station Value 38 H above Total FOR Duliajan value H I J Assam Entry tax Installation amp Commissioning charges for 02 Nos CTUs including Service Tax Pre shipment Inspection charges of 02 Nos CTUs if any including Service Tax if any O Training to OIL Personnel charges if any including Service Tax P Grand Total Value K L M N O above ZES Z Note Total material cost for 1 one No CTU in A shall include cost of CTU Additional Equipment under Para 13 of Annexure A and Spares under Para 14 1 amp 14 2 of Annexure A Excise Duty in case of the indigenous bidder is EXEMPTED 5 3 6 0 When both foreign and domestic bidders are involved The Grand Total Value of domestic bidder inclusive of customs duty on imported raw material and components etc and applicable terminal excise duty on the finished products and Sales Tax excluding inland transportation to destination Assam Entry Tax and Insurance charges worked out as per Para 5 2 above and Grand Total Value of the foreign bidder worked out as per Para 5 1 above will be compared No price preference will be allowed to indigenous bidders except that for capital goods the domestic manufacturers would be accorded a price preference to offset CST to the extent of 4
5. It shall be of oil water amp chemical resistant type and shall work with power input of 12 24 volt DC 2 4 LIFT SYSTEM Lift system spreader bar arrangement for lifting loaded spool assembly with coiled tubing shall be provided 2 5 REEL PIVOT OPERATOR Suitable mechanism for pivoting tubing reel as necessary shall be equipped to align reel with wellhead 3 0 TUBING INJECTOR BOP AND HOSE REEL ASSEMBLY Tubing injector BOP and Hose Reel Assembly are to be mounted on a steel sub frame and properly positioned and mounted on the truck chassis The relative position of the equipments on the sub frame shall be suitably designed to have sufficient access for movement of crew to carry out maintenance job The details of these items are as follows 3 1 TUBING INJECTOR a Tubing Injector shall be of make Hydra Rig S amp S National HPT suitable for 1 25 OD tubing Hydraulic motor driven of pull capacity 60 000 lbs 4400 psi b Maximum Injector Weight 4000 Kg c Max speed 250 ft min d Hydraulic injector motor shall have fail safe brake system Additional spring applied and pressure released Modular Brake system to be provided e The injector shall be equipped with i Hydraulic Load Cell assembly 0 80 000 Ibs of make Martin Decker Wagner with dual scale Weight Indicator ii Dual planetary Gear transmission iii The drive chassis shall be equipped with Hydraulic system for tension adjustment Necessary accumulators are to be
6. engine transmission transfer case if any PTOs suspension axle steering wheel amp rim brake etc Detailed dimensional layout drawing illustrating Driver s Cabin and all major items components List of items that shall be supplied under Engine Fault Diagnostic amp Repair Tool both Software as well as complete Hardware List of items that shall be supplied under ABS Fault Diagnostic amp Repair Tool both Software as well as complete Hardware List of tools that shall be supplied under Standard Tool Kit for general maintenance of the truck Specific description Part Nos Make etc and Unit Price of each and every spares as detailed in the Automobile Spare Parts List List of additional spares as felt necessary for two 02 years maintenance but not covered in the Automobile Spare Parts List provided in the NIT with Description Part Nos Make etc including Unit Rate for future reference procurement only not for bid evaluation B1 2 HYDRAULIC PUMP INJECTOR SI No DESCRIPTIONS DOCUMENT ENCLOSED Yes or No REMARKS IF ANY 1 Technical literature with detailed specifications of hydraulic pumps control valves and accumulator Detailed hydraulic circuit drawing illustrating pumps control valves and actuators Technical literature with detailed specifications gear box Technical literature with detailed specifications of pressure flow
7. 0 of Technical Specification 21 25 0 SAMPLE COPY OF FORM 21 amp 22 A as referred above A Following is a sample copy similar to FORM 21 of Indian Motor Vehicle Act only The certificate to be issued by supplier in their letter head shall contain following minimum information FORM 21 See Rules 47 a and d SALE CERTIFICATE To be issued by manufacturer dealer or officer of Defence Department in case of military auctioned vehicles for presentation along with the application for registration of a motor vehicle Certified that eais inene iadan naea EA aN Brand name of the vehicle has been delivered by uS lO stverewcntcsestadcainyeiscaentt OM iacctvaldeieusacessieresdsaews date Name of the DUVEr ncn cate lt ccerarecs cvddh rai naan cee susuatantadius acu susintieeeaae Son wife daughter Address Permanent Temporary The vehicle is held under agreement of hire purchase lease hypothecation with ccceeue The details of the vehicle are given below Class of Vehicle Maker s name Chassis No Engine No Horse power or cubic capacity CEE s Fuel used ucihevatuacini wie COU CWIMNGETS osisssa Month and year of manufacture Saad fain nsec de Steaua AE E Seating capacity including driver viussaisoceavalacbtetata les ataialeoaebaven Unladen Weight aaneen tudes onan te N ea Ta ay Maximum axle weight amp number amp Description of tyres in case of transport vehicle a Frontaxle b Rear axle c A
8. 000 Psig shall be mounted on reel hub to permit continuous circulation during operation Ball entry point for the actuation of disconnect Ball activated down hole tool shall be equipped in suitable location in the flow tee 2 2 4 BRAKING SYSTEM Integral fail safe disc brake assembly for automatic engagement with manual override feature shall be provided so that the brake may be activated during emergencies 2 2 5 SPRAY UNIT A remote controlled fluid spray bar or other tubing lubricator mechanism shall be provided for cleaning of the tubing while re spooling on to the drum 2 3 MEASURING AND DISPLAY Depth measuring assembly shall be of Mechanical amp Electronic type Mechanical counter and back up by electronic depth meter Suitable tubing depth measuring assembly complete with all accessories and mountings shall be provided The read out should be in 6 six digit metric units inclusive of 2 decimal places In addition to mechanical counter an electronic depth meter shall be provided in operator s console with the following features i The unit shall display both depth and tubing travel rate in MKS system and FPS system ii The unit shall be suitable for maintaining accuracy by field calibration even if the main wheel wears out iii The unit shall have provision to sound an alarm when preset depth is reached and rate of tubing travel goes outside the preset range iv The display is to be mounted in a NEMA 4 rated enclosure
9. Diagnostic amp Repair Tool both Software as well as complete Hardware 5 List of tools that shall be supplied under Standard Tool Kit for general maintenance of the truck 6 Specific description Part Nos Make etc for bid evaluation as detailed in the Operational Critical Spares List provided in para 14 2 above 7 List of Recommended Spares in para 14 3 above 8 Checklist as per enclosed format shall be furnished along with the bid 9 The weight of individual major equipment to be mounted on the truck chassis 23 2 Following documents are to be submitted along with supply unit a Sale Letter Pollution amp Roadworthy Certificate in similar format of Form 21 amp 22A of Indian Motor Vehicle Act sample copies enclosed Engine Emission Norms Certificate etc as required under Indian Motor Vehicle Act for registration of the unit in the name of Oil India Limited b Final Chassis Built Up Vehicle Content Record documents from chassis manufacturer c Specification Sheet of unit indication all details viz Make amp Model of chassis engine transmission etc GVWR Axle Capacity Axle Loading Wheelbase etc number of Axles wheels amp tyres etc overall dimensions turning radius etc d Certificate of Origin for the chassis in original from chassis manufacturer Amongst others the certificate shall contain following information i Make amp Model of Chassis ii Vehicle Identification Number VIN i e Chas
10. and temperature measuring system List of tools that shall be supplied under Standard Tool Kit for general maintenance Tubing reel assy Specific description Part Nos Make etc and Unit Price of each and every spares for hydraulic transmission List of additional spares as felt 30 necessary for 2 two years trouble free operation and maintenance but not covered in this list for future reference procurement NOT FOR BID EVALUATION B 1 3 INJECTOR STUFFING BOX amp BOP Sl DESCRIPTIONS DOCUMENT REMARKS No ENCLOSED IF ANY Yes or No 1 Technical literature with detailed specifications Injector Hydraulic motor Transmission and gear box Brake mechanism chains and gripper block assembly Chain traction and tension system hydraulic components load cell 2 Detailed dimensional layout drawing illustrating operators Cabin and all major items components 3 Technical literature with detailed specifications Stuffing box 4 Technical literature with detailed specifications BOP 5 List of tools that shall be supplied under Standard Tool Kit for general maintenance injector BOP amp stuffing box 6 Specific description Part Nos Make etc and Unit Price of each and every spares for injector Stuffing box and BOP 7 List of additional spares as felt necessary for 2 years maintenance for future reference procuremen
11. arrangement viii All labour to complete unit ix Workmanship shall be of good quality and appearance Following is a partial list of example a Flame cut edges shall be ground smooth Sharp corners and edges to which operators and mechanics are vulnerable shall be ground smooth b Bolt holes shall be drilled not torch cut c Welds shall be of good quality and of sufficient strength d Use self locking nuts e All hoses shall be well supported with support type clamps f All hose assemblies shall have swivel ends g All hoses shall be protected by well secured rubber sleeves to prevent rubbing by frame etc tagged for easy identification h All reservoirs constructed of steel plate with level gauge cleanouts vent fill cap etc i Noise level for the complete unit in running condition shall not cross 90dB 16 0 STANDARDS The complete unit shall be built under the quality standards of I For vehicle The offered engine shall comply with BS IN EURO III or equivalent emission standard as applicable in the state of Assam in India at the time of delivery II ASME standards 17 0 TECHNICAL MANUAL AND CERTIFICATION FOR OPERATION AND MAINTENANCE OF THE UNIT The following Manuals amp Catalogues in printed form in English language shall be supplied along with the unit in addition to the supply of the same in Compact Disk CD Supply of the manuals catalogues only in Compact Disk is not acceptable Manuals Part Catalogues provid
12. highlighting the reasons thereof along with the bid Deviations from the Technical specifications if intended the same shall be confirmed in the offer But OIL reserves the right for acceptance or rejection of the deviation s 23 0 BID SUBMISSION amp DOCUMENTATIONS Bidder s response to all NIT stipulations shall clearly be defined maintaining the same sequence as in the NIT Bidder shall furnish specific details specifications of all major components systems with Make amp Model etc Submission of technical leaflet catalogue alone is not sufficient General Response like As per NIT Specifications Technical Leaflet Noted etc or in any similar fashion is not encouraged Quoting only the NIT stipulation without any confirmation of acceptance of the same and or without any confirmation of offering the same is also not acceptable 23 1 Following documents shall be submitted along with bid for evaluation 1 Technical leaflets with detailed specifications Make amp Model of chassis engine transmission power take off transfer case if any axle suspension steering brake etc 2 Detail dimensional layout drawing s illustrating Drivers Cabin amp position of all major components amp their mounting on the vehicle 3 List of items that shall be supplied under the Engine Fault Diagnostic amp Repair Tool both Software as well as complete Hardware 20 4 List of items that shall be supplied under brake ABS
13. of the complete CTUs at site against any defects arising from faulty materials workmanship or design Defective goods materials or parts rejected by OIL shall be replaced immediately by the supplier at the supplier s expenses at no extra cost to OIL 4 0 Successful bidder will be required to furnish a Performance Bank Guarantee 10 of the order value The Performance Bank Guarantee must be valid for one 34 5 0 6 0 7 0 8 0 9 0 10 0 12 0 year from the date of successful commissioning of the complete CTUs at site Bidder must confirm the same in their Technical Bid Offers not complying with this clause will be rejected The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected Validity of the bid shall be minimum 180 days from the Bid Closing date Bids with lesser validity will be rejected Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered Bidders shall quote directly and not through Agents in India Offers made by Indian Agents on behalf of their foreign principals will be rejected Similarly offers from unsolicited bidders will be rejected Bids containing incorrect statement will be rejected Offers should be submitted with Integrity Pact duly signed by the author
14. order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed Additionally the bidder shall also furnish the address including contact details of its client s to whom the above supplies were made B COMMERCIAL 1 0 Bids are invited under Single Stage Two Bid System Bidders shall quote accordingly under Single Stage Two Bid System Bidder to note that no price details should be furnished in the Technical i e Unpriced bid The Unpriced Bid shall contain all techno commercial details except the prices which shall be kept blank The Priced Bid must contain the price schedule and the bidder s commercial terms and conditions Bidder not complying with above submission procedure will be rejected 2 0 Bid security of US 1 77 890 00 or Rs 80 05 000 00 shall be furnished as a part of the TECHNICAL BID Any bid not accompanied by a proper bid security in ORIGINAL will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 9 8 Section A of General Terms and Conditions for Global Tender The Bid Security shall be valid upto 18 03 2016 3 0 Bidders must confirm that Goods materials or plant s to be supplied shall be new of recent make and of the best quality and workmanship and shall be guaranteed for a period of twelve months from the date of commissioning
15. subject to availability OIL shall provide local transportation to the commissioning personnel 20 3 The commissioning engineer shall be available at site within fifteen 15 days of the intimation given by OIL for commissioning the unit 20 4 Bidders shall quote commissioning charges separately for evaluation purposes The charges shall be shown in Commercial bid only 21 0 GUARANTEE WARRANTY The bidder shall offer a period of at least 1 one year warranty for the entire equipment supplied from the date of successful field commissioning of the entire equipment OIL reserves the right to inspect test and if necessary reject any part parts after delivery at site including incomplete manuals catalogues etc in case of any fault on the part of the supplier It shall in no way be waived by the reason that the unit item was previously inspected and passed by OIL as per Inspection Clause detailed elsewhere in the NIT To keep the unit fully operational in case of failure of any item during the warranty period it shall be the suppliers responsibility to arrange replacement repairing at site at their cost including customs freight etc within a period of maximum 3 three weeks from the date of notification of such failure and warranty for such items shall be extended accordingly 22 0 DEVIATIONS FROM THE SPECIFICATIONS The bidder shall enclose comprehensive list of intended deviations from the technical specifications if any clearly
16. through the Bid rejection criteria BRC as stipulated in this document A Technical 1 0 Bidder s Qualification 1 1 The bidder shall be an Original Equipment Manufacturer OEM of Coiled Tubing Unit OR 1 2 The bidder shall be an Authorized Dealer of OEM of Coiled Tubing Unit 2 0 Bidder s Experience 2 1 In case the Bidder is an Original Equipment Manufacturer OEM of Coiled Tubing Unit the following criteria shall be met by the Bidder 2 1 1 The OEM shall have the experience of successful completion including commissioning of the equipment of 100 of the tender quantity in the last five 05 years preceding from the bid closing date of this tender against supply installation amp commissioning of Coiled Tubing Unit CTU to any reputed E amp P Service company The OEM shall submit copies of Purchase order together with any or combination of the following documents related to the Purchase order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed Additionally the bidder shall also furnish the address including contact details of its client s to whom the above supplies were made 2 2 In case the Bidder is an Authorized Dealer of the Original Equipment Manufacturer OEM of Coiled Tubing Unit the following criteria shall be met by the Bidder 33 2 2 1 The Bidder shall be in the business of su
17. 2 0 Technical Check list and Commercial Check list are furnished Please ensure that both the check lists are properly filled up and uploaded along with Technical bid 3 0 The item qualifies for Nil duty Deemed Export benefits For Deemed Export benefits please refer Addendum to the General terms and conditions for Global tender 4 0 Please note that all tender forms and supporting documents are to be submitted through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with tender no and due date to The Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue and_any other document which have been specified to be submitted in original 5 0 In case of SINGLE STAGE TWO BID SYSTEM bidders shall prepare the Techno commercial Unpriced Bid and Priced Bid separately and shall upload through electronic form in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender The Techno commercial Unpriced Bid shall contain all technical and commercial details except the prices which shall be kept blank Details of prices as per Bid format Commercial bid to be uploaded as attachment in the Attachment Tab Notes and Attachments A screen shot in this regard is given below Any offer n
18. Commissioning charges applicable whether separately quoted on lumpsum basis Yes No 38 Whether to amp fro air fares boarding lodging of the commissioning personnel at Duliajan Assam Yes No India included in the quoted charges 39 Whether confirmed that all Service Income Corporate tax etc applicable under Installation Yes No Commissioning are included in the prices quoted 40 Whether Integrity P act with digital signature uploaded Yes No 41 Whether confirmed to carry out Training to OIL personnel as per NIT Yes No 42 Whether Training charge applicable Yes No 43 If Training charges applicable whether separately quoted on lumpsum basis Yes No 44 Whether to amp fro air fares boarding lodging of the Training personnel for providing training at Yes No Duliajan Assam India included in the quoted charges 45 Whether confirmed that all Service Income Corporate tax etc applicable towards services to be Yes No provided under Training are included in the prices quoted 46 Whether confirmed acceptance of tender Payment Terms of 80 against shipment dispatch Yes No documents and balance 20 after successful Installation amp Commissioning Offer reference Name of the Bidder 41
19. IN Factory build original built amp supplied with chassis by chassis manufacture ergonomically designed floating steel aluminium drivers cabin complete with all standard fittings Sitting capacity inside the cabin shall preferably be 3 three including the driver 12 9 OTHER FITTINGS amp ACCESSORIES A Sufficient Side marker lights Hazard warning lights rear amp side reflectors Air horn in additional to electric hom etc for safe movement of the unit on road B All lights shall be covered to the extent possible with suitable guard to prevent damage All electrical fittings components connections shall be suitable to operate in oilfield area C Gauges amp meters including Engine Tachometer amp Hour meter shall be provided inside driver s cabin as per standard Speedometer amp Odometer with metric KM calibration only Two 02 Nos fan inside driver s cabin D It shall be bidder s endeavor to provide the Engine Oil Pressure amp Temperature meters Air pressure meter Transmission oil pressure amp Temperature meters if any with high low warning buzzers E Suitable Reversing Audio Alarm with Blinker lights at rear of the unit F Suitable Air Dryer with replaceable type filter element for truck s pneumatics G Well covered amp non conducting material wrapped Vertical Exhaust located behind and projected above the top of the driver s cabin H Suitable heavy duty front amp rear Towing Hook capable of
20. Total FOB Port of Shipment value C D above F Ocean Freight Charges upto Kolkata India of 02 Nos CTUs G Insurance Charges 1 of Total FOB Value vide E above H Banking Charges 0 5 of Total FOB Value vide E above in case of payment through Letter of Credit If confirmed L C at buyer s account is required 1 5 of Total FOB Value will be loaded D Total CIF Kolkata Value E F G H above J Installation amp Commissioning charges for 02 Nos CTUs including Service Tax K Pre shipment Inspection charges of 02 Nos CTUs if any including Service Tax if any L Training to OIL Personnel charges if any including Service Tax M Grand Total Value I J K L above NOTE Total material cost for 1 one No CTU in A shall include cost of CTU Additional Equipment under Para 13 of Annexure A and Spares under Para 14 1 amp 14 2 of Annexure A Banking charge in the country of the foreign bidder shall be borne by the bidder 5 2 When only domestic bidders are involved or when more than one domestic bidders are in contention in case of mixed response Comparison of bids will be done on the basis of GRAND TOTAL VALUE which is estimated as under A Total material cost of 02 Nos CTUs B Third Party Inspection Charges of 02 Nos CTUs C Grand Total Material Cost A B D Packing and Forwarding Charges of 02 Nos CTUs E Total Ex works value C D above F Excise Duty including Cess
21. UFFING BOX amp BOP Sl PARAMETERS REQUIREMENTS BIDDER S OFFER REMARKS No To indicate details or IF ANY yes no as applicable 1 Make amp Model of Injector 2 Gross Weight with goose neck and stuffing box 3 Drive double motor or single motor 4 Maximum pull capacity High low gear 5 Overall Dimensions Width Height amp Length of complete Injector 6 Goose neck radius of curvature 7 Goose neck mountings and adjustment Injector a Speed High Low 8 b Flow HP requirement c Max Output Torque at rated flow gripper d Type of Chain and block assy 26 Range of CT size e Lubrication system f Control System Electronic 9 Hydraulic a Make amp Model motor b Type and controls Injector c braking and gear box system 10 Make Model amp Type of traction cylinders 11 Make Model and type of load cell 12 Arrangement of chain tensioning 13 Catwalk and fall protection device Injector 14 supporting legs height and weight both short amp Long 15 Stuffing box mounting 16 Unsupported length between bottom of chains and top of the stuffing box 17 Injector chain no and gripper block size 18 Stuffing box type a Side b Top 19 Working a WP pressure Stuffing b TP box 20 Stuffing box control Elect Hyd
22. and other terms amp conditions shall be provided to the parties during the Pre bid Conference Parties should come fully prepared to the Pre bid Conference and submit their queries to OIL in the Pre bid Conference for clarification More than two persons will not be allowed from each party and they should depute representatives who are competent enough and authorized to take spot decision The set of queries may also be sent to OIL latest by 16 02 2015 for study by OIL C Any changes in the technical specifications and other terms amp conditions arising out of discussion in the Pre bid Conference shall also form part of the tender document D Parties immediately after the purchase of the Tender documents shall inform OIL at the following address about their participation in the Pre Bid Conference with details of the persons to enable OIL to make arrangement for the Pre Bid Conference HEAD MATERIALS OIL INDIA LIMITED P O DULIAJAN PIN 786 602 DIST DIBRUGARH ASSAM INDIA FAX NO 91 374 2800533 E Mail matdmmfd oilindia in materials oilindia in ANNEXURE A Tender No SDG6009P15 08 Technical Specifications TRUCK MOUNTED COILED TUBING UNIT CTU The Coiled Tubing Unit package shall comprise of the following 1 0 APPLICATION Intervention of wells vertical as well as and deviated such as S bend J bend Extended reach Horizontal for carrying out of the following but not limited to well servi
23. applicable Yes No 23 If YES whether following details of Indian Agent provided 24 a Name amp address of the agent in India To indicate Yes No b Amount of agency commission To indicate Yes No c Whether agency commission included in quoted material value Yes No 40 25 For Indian Bidders Whether indicated the place from where the units CTUs will be dispatched To Yes No specify 26 For Indian Bidders Whether road transportation charges up to Duliajan quoted Yes No 27 For Indian Bidders only Whether offered E x works price including packing forwarding charges Yes No 28 For Indian Bidders only Whether indicated import content in the offer Yes No 29 For Indian Bidders only Whether offered Deemed E xport prices Yes No 30 For Indian Bidders only Whether all applicable Taxes amp Duties have been quoted Yes No 31 Whether all BRC BEC clauses accepted Yes No 32 Whether confirmed to offer the CTUs for Pre despatch shipment Inspection Yes No 33 Whether Pre despatch shipment inspection charges applicable Yes No 34 If Pre despatch shipment inspection charges applicable whether quoted separately on lumpsum Yes No basis 35 Whether confirmed to carry out Installation amp Commissioning of the equipment at Duliajan Assam Yes No 36 Whether Installation amp Commissioning charge applicable Yes No 37 If Installation
24. at enclosed vide Annexure VI of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid If any bidder refuses to sign Integrity Pact or declined to submit Integrity Pact with the offer their bid shall be rejected straightway OIL s Independent External Monitors at present are as under I SHRI N GOPALASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com Il SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id rcagarwal rediffmail com 8 0 Pre Bid Conference A A Pre Bid Conference with the Parties will be held at Kolkata India on 18 February 2015 to discuss on the technical specifications and other terms and conditions of the tender All the Parties who purchase the Tender Document within the closing date of sale of the tender will be eligible to attend the Pre Bid Conference The exact venue and time of the Pre Bid conference will be intimated to the Parties at a later date B Clarification on the technical specifications
25. bing and top connection shall be compatible to the above stuffing box and bottom connection shall be compatible to the BOP 5 0 CRANE ASSEMBLY i The unit shall be equipped with hydraulically operated National Make 660E2 or equivalent make model rear mounted Stand up Crane having a 3 Section 7 12 18 3 meters hydraulically operated boom b Minimum lifting load at 3 Three meters 10 radius is 10 34 Ton 22800Lbs c Suitable winch with minimum 3 part line 9 16 diameter Cable with breaking strength of at least 17 463 Kg d Winch Control shall be suitably mounted near the crane unit amp it shall not obstruct any moving part of the unit ii The crane is to be firmly mounted on the truck chassis with hydraulically operated outriggers extremely stable in operation iii One set of complete operation maintenance amp Spare parts manual in printed form as well as soft copy CD form shall be provided along with the unit 6 0 CONTROL CABIN A The unit is to be provided with a telescopic Control Cabin Hydraulically raised with Aluminum Panels behind the truck cabin The cabin shall be equipped with a hydraulic lift system such that the cabin may be raised during operation to allow the operator to have a full amp clear view of the job during its operation It shall be fitted with requisite number of doors amp windows Necessary seating arrangement for the operator amp two other personnel shall be provided within the cabin The c
26. cing jobs Well unloading amp activation sand cleaning fill removal hot oil circulation well killing matrix acidization removal of hydrate plug fish recovery etc Maximum Well depths up to 5500 0 meters Working pressure maximum 10 000 psig Fluid to be handled Crude oil Plain Water Acid Saline Water high density Slurries of sand bauxite resin etc Tubing size 2 7 8 or 3 V2 Liner size 4 or 7 Casing size 5 1 2 or 7 1 8 2 0 EQUIPMENT DETAIL 2 1 COILED TUBING The bidder shall offer suitable continuous tubing made out of high strength alloy steel of Standard CT 80 as per API 5ST Specification 1 25 0D X 0 109 Wall thickness Operation in 5500 m maximum depth oil and gas wells The continuous tubing shall have the following specifications O D 1 25 Wall Thickness 0 109 Wall thickness Length of the continuous Pipe 5500 m 18040 ft approx Plain end weight 1 332 lbs ft Pipe body yield load 31 256 Ib Internal yield pressure 13 100 Psi Hydrostatic test pressure 11 800 psi Collapse pressure 8830 psi Torsional yield strength 763 ft lbs Minimum Yield Strength 80 000 psi Minimum tensile strength 88 000 psi Minimum elongation 28 Maximum hardness HRC22 Material as per API 5ST Heat treatment Full body of the coiled tubing must be heat treated quenched and tempered and the coiled tubing should be properly stress relieved and rolled flash in 2 2 TUBING REEL ASSEMBLY
27. d shorter than the validity indicated in the Tender b Original Bid Security not received within the stipulated date amp time mentioned in the Tender c Bid Security with i validity shorter than the validity indicated in Tender and or Bid Security amount lesser than the amount indicated in the Tender d In case the Party refuses to sign Integrity Pact e Average Annual Turnover of a bidder lower than the average Annual turnover mentioned in the Tender LIQUIDATED DAMAGE Supplier s competent personnel must arrive at Duliajan within 15 days from the date of intimation by OIL and complete the installation amp commissioning job thereafter within the time mentioned in the tender OIL on the other hand shall inform the party immediately on receipt of the goods at Duliajan Liquidated Damage will be levied for any failure on the part of the supplier in completing the installation and commissioning of the Units 0 5 per full week or part thereof to a maximum of 10 of the total installation commissioning charges Bid Evaluation Criteria The bids conforming to the specifications terms and conditions stipulated in the enquiry and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given below COMMERCIAL The evaluation of bids will be done as per the Commercial Bid Format SUMMARY detailed vide Para 12 0 of BRC If there is an
28. d tubing integrity monitoring system capable of performing continuous coiled tubing inspection during RIH and POOH coiled tubing in field environment It shall be equipped to provide the following data a Provide continuous and accurate wall thickness measurements b Provide continuous diameter and ovality measurements c Track weld seam location to monitor rotation of the coiled tubing The equipment shall be capable of adjusting between 1 25 inch to 1 5 inch coiled tubing OD range It shall be horizontally split for installation on coiled tubing and light in weight All hardware including laptop with latest configurations and software system required for monitoring the coiled tubing condition in real time and mounting brackets for installation of the equipment on coiled tubing shall be provided The software system shall be capable to provide a clear unambiguous and comprehensive analysis of the inspection data in an easy to read report 7 1 DATA ACQUISITION SYSTEM DAS Control box Containing fit for purpose hardware housed in a NEMA 4X stainless steel enclosure Standards channels acquired Wellhead Pressure Circulation Pressure Pipe Weight Heavy and Light CT Depth CT Speed Fluid Pumping Rate with totalizer Channels for input signals for nitrogen and fluid rates and volumes to 9 be supplied Nitrogen pumping unit and fluid pumping unit will supply the digital signals for N2 and fluid rates Sensors and cabling necessary to at
29. eavy and light duty xx Combination Wrench a Metric 2 Set b British 2 Set xxi Screw Driver Set 2 Set xxii Allen Key Set 3 Set 14 xxiii Ball Peen Hammer 2 nos xxiv Tool Box 2 nos xxv Belt for unscrewing filters 2 nos All tools shall be compatible with 1 1 4 Coiled tubing and supplied CT end Connectors 14 0 SPARES 14 1 COMMISSIONING SPARES The Supplier has to supply all the spare parts required for initial commissioning of the unit 14 2 OPERATIONAL CRITICAL SPARES The Supplier shall supply the following operational critical spares along with the Units The price of the spares shall be included in unit cost of the Coiled Tubing Unit i AUTOMOBILE SPARE PARTS LIST Following spares in specified quantity as indicated shall be supplied along with the unit Specific description part Nos Make etc shall clearly be indicated in the bid A ENGINE 1 Fuel Filter Element 10 Nos Water Separator Filter Element 10 Nos Engine Oil Filter Element 10 Nos Air Filter Element 10 Nos Water Corrosion Filter Element 05 Nos Fan Belt 04 Nos Alternator Belt 04 Nos Compressor Belt 04 Nos Water Pump Repair Kit 02 Sets 10 Radiator Water Hose 04 Nos 11 Engine Mounting 01 Set OMANDNDNBWHN B TRANSMISSION 1 Transmission Filter Element 04 Nos 2 Transmission Mounting 02 Sets 3 Gear Shifter one inside driver s Cabin 01 No 4 Gear Shifter Repair Kit
30. ector 15m length 4 nos 22 Load Binder for 1 5 chain for guying injector 4 nos NOTE a All spares in specified quantity as indicated above shall be supplied along with the unit b Specific description Part Nos Make etc shall clearly be indicated in the bid c In case of any difference in spares for left amp right wheel studs axle studs etc the specified quantities will be divided into 2 two equal parts d Bidder shall also quote separately for any additional spares with similar details as felt necessary for 2 two years trouble free operation and maintenance but not covered in this list for future reference procurement NOT FOR BID EVALUATION 14 3 RECOMMENDED SPARES The bidder is to furnish a list of spares amp components that will be required for regular operation and maintenance overhauling etc throughout the life of the equipment complete with price of each item Annual consumption of each spare shall be furnished The bidder shall also provide detailed spare list of all the items including bought out items in the operation and maintenance manuals The list should include a spare parts list along with OEM part numbers make amp model of the equipment and contact postal address of OEM for all items of the whole unit THE PRICE QUOTED FOR RECOMMENDED SPARES WILL NOT BE TAKEN IN TO ACCOUNT FOR BID EVALUTION The bidder has to submit a complete spare parts list for the whole unit sub grouping major component in the f
31. ed 4 5 meter Overall Length Shall not exceed 13 5 meter Ground Clearance Ground clearance shall be about 25 00 cm for operational convenience The retro fitted undercarriage components shall be mounted with sufficient ground clearance to avoid hitting fouling while moving on uneven roads 12 2 ENGINE Water cooled turbo charged diesel engine preferably Caterpillar International Cummins make developing power in the range of 425 500 HP at rated RPM suitable for road drive as well as Coil Tubing Operation Engine radiator shall be tropically pressurized Air cooled engine will not be acceptable Relevant technical leaflet showing make model and other technical details including speed torque graph of the engine shall be enclosed in the offer The Engine exhaust pipe is to be deigned properly and located preferably behind the driver s cabin The exhaust pipe shall be suitably wrapped with non conducting material and enclosed in a cage The offered engine shall comply with BS I1 EURO III or equivalent emission standard as applicable in the state of Assam in India at the time of delivery In case of engine with Electronic Controller System Engine Fault Diagnostic amp Repair Tool both Software and complete Hardware shall be supplied along with the unit Bidder shall categorically confirm in their bid that the offered software is for the particular engine model of the truck 12 3 TRANSMISSION Suitable Allison make fully automatic Transm
32. ed shall be Custom Illustrated Manuals Catalogues for the particular vehicle and equipment only not a general Composite Manual Catalogue A 4 Four sets of printed Spare Parts Catalogue and Workshop amp Service Manual for all components systems of truck chassis like engine transmission axles brakes suspension electrical amp pneumatic systems etc with complete schematics of electrical amp pneumatic circuits B 2 two sets of Operator s manual for vehicle C 4 Four sets of Engine Fault Diagnostic amp Repair Tool manuals in case of engine with Electronic Controller System D 4 Four sets of ABS Fault Diagnostic amp Repair Tool manuals in case of brake with ABS E The bidder has to supply 4 sets of operating maintenance and spare parts manual detailing maintenance schedule for daily maintenance preventive maintenance major overhauling and frequency of spares replacement for all the components of the unit The operation and maintenance manual shall also contain details 18 of all sub assemblies instrument sensors wiring diagram hydraulic schematics with color code and entire requisite spare parts with part no Preferably OEM part no with detail contact address F 4 Four copies of all relevant test and quality control certificates of the manufacturing and testing of all unit functions and parameters shall be supplied G 4 Four sets of all relevant test and calibration certificate for each instrument shall be
33. ed tubing 10 C Detailed technical specifications of all hydraulic components like pump motor valves cylinders etc shall be furnished and SAE DIN standards of hoses in use shall be mentioned 10 0 BACK UP SYSTEM High Pressure hand pump to back up power to BOP Stripper Injector chain traction and other emergency requirement shall be supplied 11 0 ACCUMULATOR A high pressure accumulator system with a sufficient volume shall be supplied and installed to provide a constant back up hydraulic pressure to BOP Stuffing Box and chain traction system 12 0 TRUCK CHASSIS Brand New Truck chassis 8x6 drive manufactured not prior to six months from the date of issuance of Letter of Intent LOJ It shall be of make Kenworth International Peterbilt and shall be suitable for operation in rough terrain typical oil field roads and desert environment The platform where the CTU equipment shall be mounted shall be robust in design and capable of withstanding and transmitting static as well as dynamic loads uniformly to the chassis The bidder shall take special care in selecting and designing the platform considering the unit s application in rough terrain and typical oilfield roads The offered model shall be latest and conforming to international quality standard norms having specifications fittings accessories etc as under 12 1 DIMENSION COMPLETE UNIT Overall width 2 60 meters approx Overall Height Shall not exce
34. g the various points of tubing injector weight indicator Hydraulic motors etc with the control console ii All hydraulic lines as well as pneumatic hoses electric cables etc shall be covered insulated and they shall not come into the contact with the truck s frame or other hard metallic surfaces that may cause premature wear due to chaffing or vibration Protective sheathing shall be provided wherever they come into contact with the truck s frame or other hard metallic surfaces that may cause pre mature wear iii End connectors of all the hoses shall be distinctly marked with tags in both ends for easy identification 4 0 STUFFING BOX Hydraulically actuated Side door stripper packer of make Texas Oil Tool Hydra Rig Cameron HPT with the following specs shall be supplied i 2 9 16 X 10 000 Psi H2S service dressed for 1 1 4 tubing ii Connection Quick Union for bottom connection to match with the BOP Top entry shall be as per the supplied injector In addition to the above a tandem stripper shall be provided which is designed to run in tandem below the side door stripper packer It may be run independently as a back up stripper or in conjunction with the upper pack off It shall have provision for injecting lubricant under pressure between the packers to reduce the well pressure across the tandem packer The tandem stripper shall be of side door configuration 2 9 16 X 10 000 Psi H2S service dressed for 1 1 4 tu
35. gine Number E TE EE TE E EE ETOT has been fabricated by us and the same complies with the provisions of Motor Vehicles Act 1988 and Rules made thereunder Signature of the body builder Form 22 A Part II shall be issued with the signature of the body builder duly printed in the Form itself by affixing facsimile signature in ink under the hand and seal of the body builder 23 Part A TECHNICAL A 1 1 TRUCK CHASIS CHECK LIST SI PARAMETERS REQUIREMENTS BIDDER S OFFER REMARKS No To indicate details or IF ANY yes no as applicable 1 Make amp Model of Chassis 2 Max Permissible Gross Vehicle Weight GVWR 3 Drive 4 Wheelbase 5 Overall Dimensions Width Height amp Length of complete unit 6 Ground Clearance 7 Laden Weight Total weight of the unit 8 Engine a Make amp Model b Max Output Power c Max Output Torque d Naturally Aspirated or Turbo Charged e Emission Norms f Control System Electronic 9 Transmission Main a Make amp Model b No of gears Cc High Low provision 10 Make Model amp Type of Transmission Shifter 11 Make amp Model of Transfer Case if any 12 Total number of PTOs in operation 13 Make amp Model of PTOs 14 Make Model amp Type of Steering System 15 Minimum Turning Radius 16 Make Model amp Type of Front Suspension 17 Make Model amp Type of Rear Suspension 18 A
36. i Collapse pressure 8830 psi Torsional yield strength 763 ft lbs Minimum Yield Strength 80 000 psi Minimum tensile strength 88 000 psi 13 Minimum elongation 28 Maximum hardness HRC22 Material as per API 5ST Heat treatment Full body of the coiled tubing must be heat treated quenched and tempered and the coiled tubing should be properly stress relieved and rolled flash in Note 1 Spool shall be made of metal of appropriate grade and the tubing must be plastic wrapped Spool shall be properly protected by 0 5 to 1 x 4 wood around the diameter of the flange There must be at least 2 of freeboard tolerance between the full reel and outside diameter of the flange 2 Each coiled tubing reel both inside and outside of the tubing shall be protected from corrosion as per API 5ST latest edition 3 Outer end connection of the coiled tubing shall have 2 FIG 1502 threaded half male union 13 2 SPOOLING REEL Auxiliary skid mounted spooling reel with necessary hydraulic hoses with quick joint connections necessary fittings for loading and unloading of coil and to be powered by CTU itself to load and unload the Coiled Tubing 1 one no The Auxiliary skid mounted Spooling reel shall be compatible with the Spare tubing reel i e Hub diameter of spare reel 4 or 6 13 3 TOOLS The following tools shall be supplied along with the unit The price of the tools shall be included in unit cost of the Coiled Tubing Unit i T
37. icable Indigenous bidder shall be eligible for Deemed Export Benefit against this purchase Details of Deemed Export are furnished vide Addendum to MM GLOBAL E 01 2005 enclosed iii Other terms and conditions of the tender shall be as per General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders However if any of the Clauses of the Bid Rejection Criteria BRC Bid Evaluation Criteria BEC mentioned here contradict the Clauses in the General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 for E procurement ICB Tenders of the tender and or elsewhere those mentioned in this BRC BEC shall prevail 32 ANNEXURE B Tender No SDG6009P15 08 BID REJECTION CRITERIA amp BID EVALUATION CRITERIA I BID REJECTION CRITERIA The bid must conform to the specifications and terms and conditions given in the enquiry Bid will be rejected in case the items offered do not conform to all the required technical parameters stipulated in the technical specifications and to the respective international national standards wherever stipulated Notwithstanding the general conformity of the bids to the stipulated specifications and terms and conditions the following requirements shall have to be particularly met by the bidders without which the offer will be considered as non responsive and rejected Bid evaluation will be done only for those bids that pass
38. ine Starter 01 No 2 Alternator 01 No a INSTRUMENTATION Shifter Relays 6 Nos Mother board as per user model 01 Set Male Female connector 01 set for each type Electronics diagnostic amp repair tools 01 Set Depth sensor 01 No Spare Connector and cables for Depth meter 01 set Electronic depth meter 01 no Pressure gauges 01 set Temperature gauges 01 set OOND AWN ii SPARES FOR COILED TUBING UNIT 1 High pressure hydraulic filter Injector 4 Nos 2 Return line hydraulic filters fitted with the unit 1 each 3 Filter fitted with the case drain of all hydraulic pumps 1 each 4 High pressure hydraulic line filter fitted with the unit 1 each 5 Load cell diaphragm 4 nos 16 6 Traction Cylinder repair kit 4 set 7 Traction cylinder 4 nos 8 Repair kit chain tension system hydraulic cylinders 2 set 9 Spooler arm Up Down hydraulic cylinder repair kit 2 set 10 Reel swivel hydraulic cylinder repair kit 2 set 11 Cabin lift hydraulic cylinder repair kit 2 set 12 Injector Chain gripper block assembly 60 nos 13 Gripper block insert 60 nos 14 Goose neck roller 15 nos 15 Interlock Packer Stripper stuffing box 12 nos 16 Stripper stuffing box repair kit 2 set 17 BOP repair kit 4 set 18 Inner seal pipe ram 4 nos 19 Slip insert 2 nos 20 Rotary joint repair kit Coiled tubing reel assembly 2 Sets 21 1 5 pitch link chains for guying inj
39. installation on coiled tubing Light in weight Laptop with latest configurations Coiled Tubing Integrity Monitoring System maintenance On call out basis for 4 years A1 6 DATA ACQUISITION SYSTEM Sl No PARAMETERS REQUIREMENTS BIDDER S OFFER To indicate details or yes no as applicable REMARKS IF ANY 1 Make amp Model 2 Measure and display following parameters a Coil tubing depth soeed and Tubing fatigue b Tubing weight c Circulating pressure d Well head pressure e Fluid pumping rate total flow f Density of pumping fluid Standards channels acquired a Wellhead Pressure b Circulation Pressure c Pipe Weight Heavy and Light d CT Depth e CT Speed f Fluid Pumping Rate with totalizer Channels for input signals for nitrogen and liquid rates and volumes Availability of hard copy of real time data and graphic traces using latest jet colour printer Licensed software for real time monitoring LCD monitor to display real time data Provision of UPS 00 Laptop with latest configurations to 29 retrieve data Part BDOCUMENTATIONS B1 1 TRUCK SI No DESCRIPTIONS DOCUMENT ENCLOSED Yes or No REMARKS IF ANY 1 Technical leaflets with detailed specifications Make amp Model of chassis
40. installed in the chain tensioning hydraulic circuit to ensure continuous hydraulic pressure during operation iv Goose neck shall be fold down roller type detachable preferably 72 radius v Catwalk on three sides of the injector vi A fall protection device also to be mounted vii Remote control injector chain lubricating system viii Pin on mount side loading stripper assembly ix Quick Connector chain assembly to adapt gripper block for CT size ranging from 1 25 1 75 OD x One set telescopic support legs minimum 20 ft long with screw to support injector during operation Another set of short support legs of length approx 5 feet to facilitate maintenance work at base 3 2 BOP One 01 no hydraulically operated BOP of make Bowen Texas Oil Tool Hydra Rig National Oil Tool Cameron shall be supplied with the following specifications i 2 9 16 bore X 10 000 psi API 6A standard amp suitable for 1 25 OD Coiled Tubing having Quadra rams provision for a Pipe ram b Slip ram c Shear ram d Blind ram ii Connection Quick Union pin at the TOP to match with Stuffing box connection 2 9 16 X 10 000 Psig flange end at the BOTTOM iii Necessary adapter flanges to match the following wellheads with the BOP shall be supplied a 2 9 16 X 3000 psig b 2 9 16 X 5000 psig 3 3 HOSE REEL ASSEMBLY i A set of high pressure hoses spooled in suitable reels shall be supplied along with the unit for connectin
41. ission of 4700 series with minimum 6 forward and 1 reverse speed shall be provided for both road drive and Coil Tubing Operation The offered Transmission shall 11 match with the maximum output torque of the engine Suitable Transfer Case amp other PTOs as per design requirement shall be provided 12 4 DRIVE amp STEERING Drive Semi Forward Control SFC 8X6 Drive One Single non powered front axle One powered front axle amp two Powered rear axles Steering Right Hand Drives Hydraulic Power Assisted Steering Steering wheel on the right hand side of the unit when viewed from rear Left Hand Drive steering will not be acceptable Turning Radius Minimum Turning Circle MTC Radius as per design 12 5 SUSPENSION GVW amp AXLES A Front Suspension Robust Heavy Duty Multi Leaf Spring Suspension of suitable design with Shock Absorbers Details of suspension along with relevant technical leaflet shall be submitted along with the offer Rubber Air Hydraulic suspension will not be accepted B Rear Suspension Rocker Beam Walking Beam suspension with auxiliary leaf springs or rubber cushion support of suitable design with shock absorbers C Laden Weight Laden Weight of the Unit shall be within Maximum Permissible Gross Vehicle Weight i e Sum of Axle Capacities of all axles i e GVWR of the unit Laden Weight means Weight of the complete unit with all equipment amp fittings i e weight of the chassis wi
42. ition program and retrieve the data simultaneously The above system shall be installed inside the cabin in a weatherproof enclosure 8 0 HYDRAULIC TRANSMISSION amp CONTROLS 1 All hydraulic pumps and motors shall be of hydraulically displacement control type Electrical displacement control system is NOT desirable 2 All hydraulic direction control valve shall have mechanical actuation system In case of Pilot operated direction control valve pilot signal shall be either pneumatic or hydraulic 3 Make of the hydraulic control equipment shall be of Saur Danfoss Sun Strand Parker Denison Rexorth Linde 4 Make of the hydraulic hose and end connection shall be of Parker Gates Eaton Power grip only and having SAE DIN standard 9 0 POWER DRIVE SYSTEMS A The unit shall be equipped with air operated PTOs and hydraulic drive mechanism to power the following a Crane b Injector c Tubing reel d BOP Stripper e Other Hydraulic system d Spray bar etc B The following hydraulic components shall also be installed on the unit i A hydraulic oil reservoir of adequate capacity with sight level gauge filters breather cap suction and return filters The Hydraulic reservoir shall be equipped with a hand operated pump with filtration system for filling up hydraulic reservoir ii A hydraulic oil cooler iii All necessary hydraulic valves gauges hoses and piping iv Fluid holding tank for spray bar system to lubricate of coil
43. ized signatory of the bidder If any bidder refuses to sign Integrity Pact or declined to submit Integrity Pact with the offer their bid shall be rejected straightway No offers should be sent by Telex Cable E mail or Fax Such offers will not be accepted Bidders are required to submit the summary of the prices in their commercial bids as per bid format Summary given below i Commercial Bid Format Summary for Foreign Bidders A Total material cost of 02 Nos CTUs B Third Party Inspection Charges of 02 Nos CTUs C Grand Total Material Cost A B D Packing amp FOB Charges 02 Nos CTUs E Total FOB Port of Shipment value C D above F Ocean Freight Charges upto Kolkata India of 02 Nos CTUs G Insurance Charges of 02 Nos CTUs H Total CIF Kolkata value E F G I Installation amp Commissioning charges of 02 Nos CTUs including Service Tax J Pre shipment Inspection charges of 02 Nos CTUs if any including Service Tax if any K Training to OIL Personnel charges if any including Service Tax L Total Value H I J K above M Total value in words N Gross Weight O Gross Volume Note Total material cost for 1 one No CTU in A shall include cost of CTU Additional Equipment under Para 13 of Annexure A and Spares under Para 14 1 amp 14 2 of Annexure A 35 a A jde Commercial Bid Format SUMMARY for Indigenous Bidders A Total material cos
44. ke Model and type depthometer 12 Arrangement of mounting of tube reel assembly on the main chassis 13 Depth speed measuring device Electrical mechanical 14 Reel speed control Hydraulic electrical 15 Level wind control hydraulic electrical 16 Reel swivel right left control hydraulic electrical 17 Manual spooling a Hydraulic override control b Mechanical 18 Working pressure a WP Rotary joint b TP 19 Flow measuring system Electrical Hydraulic 20 Temperature a Mech measuring b Electrical device 21 Fail safe mechanism reel motor 22 Counter a Metric 23 b British 24 Hydraulic operating pressure 25 Guard to prevent hitting of CT to operator cabin in case of accidental un spooling 26 Make Model of override hydraulic motor 27 Flow line connection tee to CT pressure rating 28 No of plug valve in flow tee and pressure rating 29 Hydraulic circuit for reel drive Independent integrated 28 A1 5 COILED TUBING INTEGRITY MONITORING SYSTEM Sl No PARAMETERS REQUIREMENTS BIDDER S OFFER To indicate details or yes no as applicable REMARKS IF ANY 1 Make amp Model 2 Provide continuous and accurate wall thickness measurements Provide continuous diameter and ovality measurements Track weld seam location to monitor rotation of the coiled tubing Capable of adjusting to 1 25 inch to 1 5 inch coiled tubing OD range Horizontally split for
45. m HDC EDC 9 Other pump Pump 1 Variable fixed If variable control system EDC HDC Pump 2 Variable fixed If variable control system EDC HDC Pump 3 Variable fixed If variable control system EDC HDC 10 Circuit drawing attached for all pumps 25 Yes No 11 Make Model and type of control valves 12 Valve control pilot Electrical Hydraulic 13 Servo valve for pump displacement control Elect hydraulic 14 Pump pressure sensing device Hyd elect 15 Filtration system Inlet return 16 Type of filters and indicating system 17 Capacity of cooler 18 Hydraulic temp sensing a Hydraulic device b Electrical 19 Reservoir for hydraulic a Common oil for all pumps b Individual 20 Level gauge temperature gauge for reservoir 21 Temperature measuring a Mechanical device b Electrical 22 Hand pump back up for critical function i e Stipper BOP etc 23 Reservoir hydraulic oil a Metric filling pump b British with filter 24 System pressure for all pump 25 Identification mark for hoses 26 Make of hydraulic hoses 27 Hose tray and bindings for hyd hoses 28 Space for Maintenance of pumps and other hyd components 29 Accessibility for inspection of gear box oil leakage etc 30 Provision for auxiliary reel drive 31 Accumulator back up for critical function 32 Accumulator charge pressure A 1 3 INJECTOR ST
46. ned To Category Text Preview RFx Information items Le otes and Atta Adda Clear gt Area for uploading Priced Bid Assigned To Category Description File Name Version Processor Checkec Ga The table does not contain any data Sign Attachment Add Attachment Edit Description Versioning Delete Create Qual Note x xK 6 0 7 0 The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the bid or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in the rejection of its offer without seeking any clarifications The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per form
47. ny other axle d Tandem axle rida aa Gas E AEE E E E sehen manus 12 Colour or colours of the DOOY secsa evosvecsoteieastencecruiciore te incatienaviesebae 13 Gross vehicle weight 14 Type of body FES OO TOY Oe ea SS Signature of the M anufacturer Dealer or Officer of defence Department 22 B Following is a sample copy similar to FORM 22 A of Indian Motor Vehicle Act only The certificate to be issued by supplier shall contain following minimum information FORM 22 A See Rules 47 g 124 126 A amp 127 INITIAL CERTIFICATE OF COMPLIANCE WITH POLLUTION STANDARDS SAFETY STANDARDS OF COMPONENTS AND ROAD WORTHINESS FOR VEHICLES WHERE BODY IS FABRICATED SEPARATELY PART I TO BE ISSUED BY THE MANUFACTURER Certified that sane coos nc neh oh ties oa EE RE brand name of the vehicle bearing Chassis MMD sroin E dsied hve cake nanan blu ebaw bed a ER and Engine Number E aetna nas peel iaebeaateeetaat complied with the provisions of Motor Vehicles Act 1988 and Rules made thereunder Signature of the Chassis Manufacturer Form 22 A Part I shall be issued with the signature of the manufacturer duly printed in the Form itself by affixing facsimile signature in ink under the hand and seal of the manufacturer PART II TO BE ISSUED BY THE BODY BUILDER Certified that body of the vehicle 2 3 assis iseasdenayeeassaeaneaueeeess brand name of the vehicle bearing Chassis number eremeeren et raat TEn A E A and En
48. oOo Oil India Limited A Govt of India Enterprise E P O Duliajan 786602 Assam India Telephone No 91 374 2800491 FaxNo 91 374 2800533 Email materials oilindia in erp_mm oilindia in Tender No amp Date SDG6009P15 08 of 20 01 2015 Tender Fee INR 4 500 00 OR USD 100 00 Bid Security Applicable Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the Basic Data of the tender in OIL s e portal Bid Opening on As mentioned in the Basic Data of the tender in OIL s e portal Bid Validity Bid should be valid for 180 days from bid closing date Bid Bond Validity Bid Bond should be valid up to 18 03 2016 Bid bond format has been changed Please submit bid bond as per revised format Performance Guarantee Applicable OIL INDIA LIMITED invites Global Tenders for items detailed below Item No Material Description QTY UOM Mat Code 1 Supply Installation and Commissioning of Truck Mounted Coiled Tubing 2 Nos Units as per the following Annexure a Detailed specification Annexure A b Bid Rejection Criteria BRC and Bid Evaluation Criteria Annexure B Special Notes 1 0 The tender will be governed by General Terms amp Conditions for e Procurement as per Booklet No MM GLOBAL E 01 2005 July 12 for E procurement ICB Tenders including Amendments amp Addendum to General Terms amp Conditions for e Procurement
49. occupational health of the CTU operator Hydraulic hoses inside and outside of the cabin are to be connected through the floor of the cabin with suitable connector m Suitable locking arrangement of Cabin doors shall be equipped B Control Console shall contain the following Weight indicator hydraulically activated 2 two scale type Metric amp FPS Engine throttle controls tachometer Lube oil pressure amp temperature gauges and water temperature gauges Tubing Injector hydraulic controls Pulling amp Snubbing with pressure gauge Tubing reel hydraulic controls with Pressure gauge Tubing Injector Hydraulic chain tension and chain traction controls with pressure gauge Tubing Injector Chain oiler controls Well head pressure gauge Tubing Pressure Gauge All hydraulic pressure control amp relief valve valves bank with mechanical actuation levers 10 All hydraulic pressure amp temperature gauges 11 Light switches 12 All other necessary gauges 13 The control console shall be positioned in such a way that the wellhead and all the other working places are in sight 14 Audio visual Safety alarms for safe operation and protection of main equipment of the unit 15 Detailed schematic as well as circuit diagram with color code of the control console shall be provided along with the quotation OMONOORWD 7 0 COILED TUBING INTEGRITY MONITORING SYSTEM The unit is to be provided with a coile
50. ollowing format as shown with example Name of the Description of Part No ID Frequency of Remark component the item No replacement sub com Of the item in day Hrs Injector Filter Bearing XX YY 359 5000 Donaldson Timken and so on SKF indicating make amp model Hydraulic Pump motor XY 500 10000 Rexroth System and so no X1Y1 do indicating make amp model Instrumentation Tubing depth Part no Make and part no items display etc of the subunits are also to be provided 17 14 4 The bidders shall submit a written undertaking along with the bid that they would be able to supply all the requisite spares and consumables including bought out items for a minimum period of 10 ten years from the Certified date of completion successful field commissioning of the unit 15 0 UNITIZATION AND COMPLETION The above unit shall be fully assembled unitized and completed as per best industrial practice This shall include the following items i Installation of all electrical systems ii Installation of all pneumatic systems iii Installation of all hydraulic systems iv All operating oils coolants and other operating fluids will be drained prior to shipment v All fixtures to ship complete with the unit vi Steel toolbox with locking arrangement of sufficient volume to accommodate all operational tools vii All tanks Fuel Hydraulic oil etc shall be fitted with suitable filter and locking
51. ontrol console is to be installed inside the cabin The cabin shall contain the following a Two 2 side access door with sliding type window rain gutter amp Stainless steel hardware Front window with rain gutter windshield wiper Foldable platform is to be provided on both side of the cabin door for safe entry to and exit from the cabin b Front window is tinted safety glass protected by removable expanded metal guard c Access of about 29 50 0 75m width ladder provided with grab handles on cabin d Two 2 exterior spot lights shall be mounted in the front of the cabin controllable from inside of the cabin Exterior Light on the cabin roof is not acceptable e One 1 interior fluorescent light 12V amp installed inside the cabin All lights are to be wired to the truck f Captain chair shall be provided for operator comfort to have clear vision of the reel surface as well as counter Two 2 foldable seats inside the cabin shall also be provided g Cabin shall be air conditioned to maintain a temperature of 20 C to 30 h Air horn to be provided operated from control console i All access steps operators cabin chassis drivers cabin with grips handles shall be located at the convenient location around the unit j Cabin floor shall be integral part of the Cabin to have a noise free environment inside the cabin during operation k Cabin shall be suitably noise sealed for a Noise free environment considering
52. or actuals whichever is less subject to 30 local content norms as stipulated for World Bank Funded project to the satisfaction of OIL When more than one domestic bidders fall within price preference range inter se ranking will be done on Total value basis Note If the Government of India revises these evaluation criteria the same as applicable on the bid closing date will be adopted for evaluation of the offers Other terms and conditions of the enquiry shall be as per General Terms and Conditions for Global Tender However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BEC BRC mentioned here contradict the Clauses in the General Terms amp Conditions of Global Tender of the tender and or elsewhere those mentioned in this BEC BRC shall prevail 39 COMMERCIAL CHECK LIST THE CHECK LIST MUST BE COMPLETED AND SUBMITED WITH YOUR OFFER PLEASE ENSURE THAT ALL THESE POINTS ARE COVERED IN YOUR OFFER THESE WILL ENSURE THAT YOUR OFFER IS PROPERLY EVALUATED PLEASE SELECT Yes OR No TO THE FOLLOWING QUESTIONS IN THE RIGHT HAND COLUMN io REQUIREMENT COMPLIANCE 1 Whether bid submitted under Single Stage Two Bid System Yes No 2 Whether quoted as manufacturer meee 3 Whether ORIGINAL Bid Bond not copy of Bid Bond Sent separately If Yes provide details a Amount b Name of issuing Bank c Validity of Bid Bond
53. ot complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in the tender Display RFx Response Edt Print Preview Technical Rx Resphose_Gosg RFx Response Number 60006452 RFx Number TEST2 Stat RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx R Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid Event Parameters Service and Delive Currency Indian Rupee Incoter Detailed Price Information Price w ith Conditions Go to this Tab Notes and Status and Statist Terms of Payment 9010 90 against despatch 10 after re Attachments for Created C i oe ee bb Uploading Priced Bid a Last Processed C Last Processed E Details Send EMail Call Clear Function Number Name Valid fr GJ The table does not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above Submit Read Only Print Preview Check Technical RFx Response Close Save Bid on EDIT Mode Be RFx Response Number 60006452 RFx Number TEST2 RFx Owner WIPRO_TEST1 Total Value 0 00 INR Status Withdrawn Submission Deadline 13 04 2013 11 00 00 INDIA RFx Response Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Unpriced Bid Assig
54. pply installation and commissioning of Coiled Tubing Unit CTU for the last five 05 years preceding from the bid closing date of this tender Additionally the bidder shall have the experience of supply installation amp commissioning of atleast one 01 Coiled Tubing Unit CTU to any reputed E amp P Service company during the last five 05 years preceding from the bid closing date of this tender The bidder shall submit copies of Purchase order together with any or combination of the following documents related to the Purchase order viz invoice bill of lading commissioning report from the clients and or any documentary evidence which confirms that the bidder s past supply has been successfully executed Additionally the bidder shall also furnish the address including contact details of its client to whom the above suppliy was made 2 2 2 The bidder shall submit proof of valid authorization dealership certificate issued by the OEM the principal with backup warranty guarantee along with the technical bid 2 2 3 The principal i e OEM must have experience of manufacturing Coiled tubing Unit CTU for 100 of the tender quantity to any reputed E amp P Service company in the last five 05 years preceding from the bid closing date of this tender The OEM s documentary evidence in this regard shall be provided in the form of copies of Purchase order together with any or combination of the following documents related to the Purchase
55. pulling towing the unit from bogged down situation in slushy areas in oilfields from front as well as rear I Electrical equipment like starter alternator etc shall be of Lucus or Delco Remy make J Engine start in transmission neutral position in case of Automatic Transmission K Suitable electrical Master Switch to disengage all electrical circuits from battery L Well covered Battery Box Standard Tool Kit in a portable box for general maintenance of the truck Heavy duty grease gun Wheel Wrench amp Handle 2 two Nos min 30 MT capacity hydraulic jack with handle of reputed make 2 two Nos stopper block for rear wheels M Fire Extinguisher amp First Aid Box inside the driver s cabin N Suitable spark arrestor for engine exhaust for operation in oilfield area 13 0 ADDITIONAL EQUIPMENT The following additional items are required in conjunction with the operation and maintenance of the unit 13 1 SPARE TUBING REEL A One no of continuous Coiled Tubing Reel with shipping spool as per following specification Specification 1 25 0D X 0 109 Wall thickness Operation in 5500 m maximum depth oil and gas wells The continuous tubing shall have the following specifications O0 D 1 25 Wall Thickness 0 109 Wall thickness Length of the continuous Pipe 5500 m 18040 ft approx Plain end weight 1 332 lbs ft Pipe body yield load 31 256 Ib Internal yield pressure 13 100 Psi Hydrostatic test pressure 11 800 ps
56. raulic 21 Tandem Stuffing a Side box type b Top 22 Working pressure a WP Tandem Stuffing b TP box 23 Tandem Stuffing box control Elect Hydraulic 24 Goose neck type a Fixed b Flexible 25 Fail safe mechanism Injector 26 BOP a WP b TP 27 Hydraulic operating pressure 28 Ram type 29 Make Model amp Type of BOP 30 Top connection BOP 31 Bottom flange BOP 32 Remote control provision BOP 33 Equalizer valve and rams BOP 34 Control valve Electrical Hydraulic 35 Accumulator back up BOP A1 4 REEL Sl PARAMETERS REQUIREMENTS BIDDER S OFFER To REMARKS No indicate details or IF ANY yes no as applicable 1 Make amp Model Tubing reel assembly 27 2 Gross Weight with coiled tubing 3 Drive system 4 Maximum capacity of CT of specified size 5 Overall Dimensions Width Height amp Length of complete assembly and reel 6 Level wind and spooling mechanism 7 Swivel angle with centerline of the unit 8 Reel motor a Speed High Low b Flow HP requirement c Reduction gear box type and ratio Reduction gear box type and ratio d Type of transmission Chain Auto spooling mechanism e Lubrication system f Control System Electronic hydraulic 9 Coiled a Make amp grade tubing b Size and length 10 Make Model amp Type of hydraulic cylinders 11 Ma
57. sis No iii Month amp Year of Manufacture of the chassis iv Make amp Model of Engine v Serial No of Engine vi Month amp Year of Manufacture of the engine e Notwithstanding any clause mentioned elsewhere in the NIT the invoice for the complete unit shall be submitted in 2 two parts separately as under i Invoice for truck chassis it shall include the cost of the truck chassis with driver s cabin only ii Invoice for Coiled Tubing unit it shall include cost of all equipments tools accessories etc subsequently fitted in the original truck chassis as well as supplied separately along of the unit 24 0 CONFORMITY TO THE NIT SPECIFICATIONS i Bidder shall fill the Technical datasheet enclosed with the offer ii The total axle capacity shall be at par with the GVW with all equipment iii Detailed specifications of Mechanical Electrical Pneumatic and Hydraulic systems including relevant instrumentation details shall be provided iv The bids and the accompanied technical documentation must be in English language only The bids with other than English language must have an English version v Bidder must undertake that the provision for supplying spares including bought out items of the equipment will be continued for next ten 10 years from the certified date of completion successful field commissioning of the unit vi The bidders are to confirm categorically the commissioning clause as mentioned in 20
58. ss would include the following minimum steps tasks but not limited to a Physical verification inspection of all the items fittings accessories including all Parts Catalogue Maintenance amp Service Manuals Final Chassis Built Up Vehicle Content Record documents etc and actual loading on axles The supplier shall arrange driver operator weighing facility and any other infrastructure during the process of inspection as and when required b Operational testing of the carrier c Supplier shall have to take note of any minor modification s for operational requirement suggested by the inspector and comply with the same at no extra cost d The inspection report shall be prepared at the end of the inspection and jointly signed by both the parties e Supplier shall confirm in writing compliance of all the points raised in the inspection report as well as any other subsequent additions changes following deliberation with the inspector after arrival at Duliajan 18 3 Supplier shall dispatch only on receipt of OIL s dispatch advice 19 0 TRAINING TO OIL PERSONNEL ON CTU SYSTEM The supplier shall have to provide training to OIL personnel in two 02 phases 19 1 During the pre dispatch inspection visit of OIL s engineers the supplier shall arrange comprehensive training at their manufacturing plant works for a period of minimum 2 two weeks on Operation amp Maintenance Troubleshooting and Working Principle of followings system items
59. ssued by OIL towards this 2 Successful bidder shall offer the CTUs for Pre despatch shipment Inspection by OIL s executives Pre despatch Shipment Inspection charges if any must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers The to and fro fares boarding lodging and other enroute expenses of OIL s personnel shall be borne by OIL Pre despatch Inspection charges shall include Service Tax if any 3 Installation Commissioning charges must be quoted separately on lumpsum basis which shall be considered for evaluation of the offers These charges should include amongst others to and fro fares boarding lodging local transport at Duliajan and other expenses of supplier s commissioning personnel during their stay at Duliajan Assam India All Income Service Corporate Taxes etc towards the services provided under installation commissioning shall be borne by the supplier and will be deducted at source at the time of releasing the payment Bidder should also confirm about providing all these services in the Technical Bid 36 4 Bidders must categorically indicate the Installation Commissioning Pre despatch Shipment Inspection and Training charges in their offers and must confirm about providing the same in their Technical bids 5 Abid shall be rejected straightway if it does not conform to any one of the following clauses 13 0 11 1 0 2 0 3 0 4 0 a Validity of bi
60. supplied along with the unit H The necessary licensed software in original packages along with user software backups are also to be supplied COMMISSIONING OF THE UNIT SHALL NOT BE CONSIDERED AS COMPLETE UNTIL amp UNLESS ALL ABOVE PRINTED MANUALS CATALOGUES ARE SUPPLIED 18 0 INSPECTION CUM ACCEPTANCE 18 1 Third Party inspection of the unit is to be carried out for all the component of the unit by OIL approved TPI agency viz M s Lloyds M s Bureau Veritas M s IRS M s Rites M s DNV or M s Tuboscope Vetco only Scope of 3ra party inspection i Witness the manufacturing and assembly ii Witness the functional and performance tests iii Review of inspection procedure iv Review of tests and documents related to all pressure holding equipments v Any other requirement of the inspection agency to satisfy of the equipment as per applicable standards 18 2 Pre shipment inspection shall be carried out by OIL by representative of user as well as service dept viz Instrumentation Transport Dept Field Engineering etc at manufacturing site after accomplishment of Third Party Inspection TPI The supplier shall inform OIL at least 2 two month ahead for such inspection to enable OIL to send its inspectors The supplier has to arrange for inspection of the unit by a team of 5 five OIL s engineers OIL will bear the expenses towards traveling and accommodation etc of the OIL s inspection team The Inspection cum Acceptance proce
61. t of 02 Nos CTUs B Third Party Inspection Charges of 02 Nos CTUs C Grand Total Material Cost A B D Packing and Forwarding Charges of 02 Nos CTUs E Total Ex works value C D above F Excise Duty including Cess Please indicate applicable rate of Duty amp Cess G Sales Tax Please indicate applicable rate of Tax H Total FOR Despatching station price E F G above I Road Transportation charges to Duliajan of 02 Nos CTUs J Insurance Charges of 02 Nos CTUs K Total FOR Duliajan value H I J above L Installation amp Commissioning charges for 02 Nos CTUs including Service Tax M Pre shipment Inspection charges of 02 Nos CTUs if any including Service Tax if any N Training to OIL Personnel charges if any including Service Tax O Total Value K L M N above P Total value in words Q Gross Weight R Gross Volume Note Total material cost for 1 one No CTU in A shall include cost of CTU Additional Equipment under Para 13 of Annexure A and Spares under Para 14 1 amp 14 2 of Annexure A SPECIAL NOTES 1 The CTUs covered under this tender will be used by OIL in the PEL ML areas issued renewed after 01 04 99 applicable Customs Duty for import of goods shall be ZERO Indigenous bidders shall be eligible for Deemed Export and should quote Deemed Export prices Excise Duty under Deemed Export exempted Necessary Project Authority Certificate PAC shall be i
62. t only not for bid evaluation B 1 4 REEL Sl DESCRIPTIONS DOCUMENT REMARKS No ENCLOSED IF ANY Yes or No 1 Technical literature with detailed specifications reel Hydraulic motor Transmission and gear box Brake mechanism auto spooling system Hydraulic cylinders hydraulic control valves measuring device 2 Detailed dimensional drawing illustrating level wind Measuring head spooler override lubrication system drive mechanism Transmission chain auto 31 spooling and all major _ items components 3 Technical literature with detailed specifications coiled tubing 4 Technical literature with detailed specifications plug valves flow and temperature measuring system 5 List of tools that shall be supplied under Standard Tool Kit for general maintenance Tubing reel assy 6 Specific description Part Nos Make etc and Unit Price of each and every spares for tube reel assy 7 List of additional spares as felt necessary for 2 years maintenance for future reference procurement only not for bid evaluation GENERAL NOTES FOR BIDDERS i Oil India Purchase Order No must be engraved on the body of the item Bidder must confirm the same categorically in their quotation ii The items covered by this enquiry shall be used by Oil India Limited in the PEL ML areas which are issued renewed after 01 04 99 and hence Nil Customs Duty during import will be appl
63. tach standard channels to DAS for the following data channels OPTICAL ENCODER COIL TUBING DEPTH amp SPEED PR TRASDUCER TUBING WEIGHT PR TRNSDUCER CIRCULATING PRESSURE PR TRANSDUCER WELL HEAD PRESSURE MAGNETIC PICK UP FLUID PUMPING RATE TOTAL FLOW 7 2 SOFTWARE PROGRAM Fully compatible software for real time monitoring of CT working life shall be provided Operates using MS windows software latest edition recommended Allows user to view and store data acquired from the DAS in English or metric units Displays data in timeline configured by user once every second is the default timeline The system shall have the following features Data recorded in various optional format such as access excel word document etc User configurable alarms on all channels Multiple modes of operation acquire data from sensors post job analysis generate simulated data from a virtual CT control panel User customizable displays for easy visibility Custom onscreen strip charts Provision of UPS charged from truck electrical system with suitable capacity to meet the power requirement of the complete system The necessary hardware field instruments necessary software interfacing modules for software run are in the scope of vendors Provision for copying the data to removable storage device through USB connection A monitor is needed to display real time data clearly at all times and one Laptop with latest configurations to run the data acquis
64. th driver s cabin weight of all coiled tubing equipment permanently mounted on the unit weight of other tools accessories etc generally being carried kept in the unit spare wheels hydraulic amp diesel oil etc Accordingly Laden Weight is the sum of actual loading on each individual axle Front Axle Capacity As per Design Rear Axle Capacity As per Design D Rear Axles shall have Inter Axle Lock facility 12 6 BRAKE A Service Brake Multiple Circuit Pneumatic S Cam brake acting on all wheels B Parking Emergency Brake Parking Brake operating through hand operated shifter valve It shall automatically get engaged in the event of low no air pressure C All Emergency Parking Brake Servos shall have manual release mechanism Screw Type to release the brake manually in case of low no air pressure for maintenance D All air tanks shall have Drain Plugs Suitable AIR DRYER removable filter type with auto unloading facility shall be provided E All wheel brake drums shall have Dust Cover F Buzzer warning for low air pressure G In case of brake with ABS ABS Fault Diagnostic amp Repair Tool both Software as well as complete Hardware shall be supplied along with the unit 12 7 FUEL TANK Two 02 fuel tanks each of minimum 100 USG 380 Lts capacity Suitable strainer at the opening of the tank to prevent entry of foreign materials amp locking arrangement shall be provided 12 12 8 DRIVER S CAB
65. ubing roll on connector 4 Four nos ii Tubing connectors Light amp Heavy duty 2 two each i e External Slip 2nos amp External slip cum grub screw 2 nos Connections 1 5 AMMT Pin iii Tubing rolling tools 2 two nos iv CT cutters amp rollers 2 two each v Nozzles of various types 2 set Multiple port Mule Shoe combination up flow amp down flow vi Slim hole motor 1 11 16 OD with different drill bits amp milling bits size 1 7 8 2 2 1 8 amp 2 3 6 1 set vii One set of Lubricator Assembly of the following specifications a 4 sections of 10 feet each b Top connection adaptable with the Stuffing Box connection amp Bottom connection adaptable to supplied BOP s top connection c 5000 psi working pressure d 2 56 inches ID viii Threading snake 2nos ix Rotary wash tool 2nos x Cold roll connector for jointing coil tubing 4nos xi 1 Nos NRV Check valve Double flapper type for 1 1 4 CT Connections 1 5 AMMT box xii 1 no of hydraulic release tool for 1 1 4 CT Connections 1 5 AMMT box xiii 1 No Motor Head Assembly for 2 1 8 motor shall include double flapper check valve hydraulic disconnect circulation sub and rupture disc in one assembly Connections 1 5 AMMT box xiv Roto hammer Intensifier 1 set xv 10 pipe wrench 4 nos xvi 14 pipe wrench 4nos xvii 24 Pipe Wrench 6nos xviii 36 Pipe Wrench 2nos xix Grip vice 4nos H
66. used in the unit amongst other relevant subjects i Engine and its Electronic Controller System ii Transmission Transfer Case and their control systems iii Brake amp ABS including their electronic control system iv Power assisted steering system including hydraulic pump and gearbox v Pneumatic system for brake transmission PTO shifters including different valves vi Maintenance of National Stand up crane vii Hydraulic system viii Control Panel 19 ix Injector amp BOP maintenance x CTU operation amp trouble shooting 19 2 During installation and commissioning of the unit the commissioning engineer shall have to provide field training as well as class room training for a period of minimum 1 one week to OIL s Engineers and technicians on Operation Maintenance troubleshooting Working Principle and repair replacement of different equipment Bidders shall quote their training charges separately for evaluation purposes The charges shall be shown in Commercial bid only 20 0 COMMISSIONING 20 1 The unit shall be commissioned at Duliajan Assam India with 3 three successful field jobs at different wells after arrival of the Suppliers Commissioning Engineer within a period of 2 two weeks time 20 2 The successful bidder shall quote for commissioning charges which shall include the to and fro charges food amp lodging and daily charges of the personnel OIL will provide accommodation on payment basis
67. xle Capacity a Front b Rear 19 Axle Loading actual a Front loading b Rear 20 Axle Loading 21 Type Size of Wheel a Front amp Tyre b Rear 24 22 Type of Service Brake S cam or not 23 Type of Wheel Brake a Front Servos screw type manual b Rear release or not 24 Fuel Tank capacity 25 Number of fuel tank 26 Seating Capacity inside Driver s cabin 27 Reversing Alarm with Blinker Lights 28 Electrical fittings equipment suitable for hazardous oilfield area 29 Speedometer Odometer in Metric KM calibration 30 Provision of Air Dryer in trucks pneumatic system 31 Towing Hooks at Front amp Rear of truck 32 Make of Starter Alternator etc of engine A 1 2 HYDRAULIC PUMPS SI PARAMETERS REQUIREMENTS BIDDER S REMARKS No OFFER To indicate IF ANY details or yes no as applicable 1 Make Model and specification of injector drive pump 2 Nos of hydraulic pump for other functions except injector 3 Make model of other pumps 4 Maximum capacity injector drive pump 5 Wet Kit gear box type and ratio 6 Type of hydraulic circuit for each pump 7 Minimum Prime mover RPM to run pumps efficiently 8 Injector pump a Speed High Low b Flow HP requirement c Circuit Closed Open d Size of suction delivery port Control System e Electrical nydraulic f Control Syste
68. y discrepancy between the unit price and the total price the unit price will prevail and the total price shall be corrected Similarly if there is any discrepancy between words and figure the amounts in words shall prevail and will be adopted for evaluation For conversion of foreign currency into Indian currency B C selling Market rate declared by State Bank of India one day prior to the date of price bid opening shall be considered However if the time lag between the opening of the bids and final decision exceed 3 three months then B C Selling Market rate of exchange declared by SBI on the date prior to the date of final decision shall be adopted for conversion and evaluation Offers not complying with the payment terms indicated in the enquiry shall be loaded with one percent above the prevailing Bank rate CC rate of State Bank of India for duration of commissioning time indicated in the tender plus transit time 3 months for evaluation purpose 37 5 0 To ascertain the inter se ranking the comparison of the responsive bids will be made as under subject to corrections adjustments given herein 5 1 When only foreign bidders are involved Comparison of bids will be done on the basis of GRAND TOTAL VALUE which is estimated as under A Total material cost of 02 Nos CTUs B Third Party Inspection Charges of 02 Nos CTUs C Grand Total Material Cost A B D Packing amp FOB Charges of 02 Nos CTUs E
Download Pdf Manuals
Related Search
Related Contents
2 - Sony X-HM81-S/-K GE ZV1050 User's Manual Copyright © All rights reserved.
Failed to retrieve file